SPECIAL NOTICE
J -- PMI of Ion Vapor Deposition Equipment - CDRL-1 - Appendix C - CDRL-2 - PWS
- Notice Date
- 7/27/2010
- Notice Type
- Special Notice
- NAICS
- 332811
— Metal Heat Treating
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, WR-ALC, WR-ALC/PK Acquisition Opportunities, 235 Byron St,, Warner Robins, Georgia, 31098-1611, United States
- ZIP Code
- 31098-1611
- Solicitation Number
- F3QCCL0155A002
- Archive Date
- 8/28/2010
- Point of Contact
- William C. Clark, Phone: (478) 327-9883
- E-Mail Address
-
william.clark.1@robins.af.mil
(william.clark.1@robins.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Performance Work Statement Contract Data Requirements List - Safety Industrial Safety Requirements Contract Data Requirements List - Manual The United States Air Force (USAF) intends to award a sole source, commercial, firm-fixed price award to ISPEN International, Inc, 984 ISPEN RD, Cherry Valley, IL 61016-7706 to perform preventive maintenance and as needed repair of two Ion Vapor Deposition Coating Systems at Robins Air Force Base. Any other responsible source capable of meeting the requirement may submit technical, delivery, pricing, and past performance data sufficient to determine capability. However, the determination to compete or not to compete this requirement is solely at the discretion of the Government. To be considered, any such documentation must be received NLT 13 August 2010, 12:00 EST. Only electronic submissions will be accepted and no extensions will be granted. All respondents must be registered in the Central Contractor Registration (CCR), ORCA, and have a valid DUNS number, Cage Code, and Tax Identification Number. Justification for only one source: ISPEN International, Inc is the manufacturer of the components and owns the proprietary rights to all drawings and specs to the system. F3QCCL0155A002 NAICS: 332811 Noun: Preventive Maintenance (PM) for Ion Vapor Deposition Coating Systems Period of Performance: One (1) year plus four (4) option years The following clauses are applicable to subject solicitation: 52.252-2 - Clauses Incorporated by Reference. FAC current through 2005-42 dated 16 July 2010, DFARS current to DCN 20100713. The full text of a clause may be accessed electronically at this/these address (es): Regulations URLS: (Click on the appropriate regulation.) http://farsite.hill.af.mil/reghtml/far/farltoc/htm http://farsite.hill.af.mil/reghtml/dfars/dfarltoc.htm http://farsite.hill.af.mil/reghtml/affars/affarltoc.htm http://farsite.hill.af.mil/reghtml/afmcfars/afmcltoc.htm 52.252-6 -- Authorized Deviations in Clauses 52.212-1 - Instructions to Offerors - Commercial (full text); 52.212-2 - Evaluation - Commercial Items (full text) - The evaluation factors shall be: Price and Price related factors, Conformance to performance specifications. 52.212-3 - Offeror Representations and Certifications - Commercial Items (full text). The rule is effective January 1, 2005. This final rule requires offerors to provide representations and certifications electronically via the BPN website; to update the representations and certifications as necessary, but at least annually, to keep them current, accurate and complete. The website is as follows: http://www.bpn.gov; 52.212-4 - Contract Terms and Conditions - Commercial Items (incorporated by reference) 52.212-5 (DEV) - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (full text). 52.217-5 -- Evaluation of Options 52.217-8 -- Option to Extend Services 52.217-9 - Option to Extend the Term of the Contract 52.222-41 -- Service Contract Act of 1965 52.222-42 -- Statement of Equivalent Rates for Federal Hires 52.232-33 - Payment by Electronic Funds Transfer 52.237-2 -- Protection of Government Buildings, Equipment, and Vegetation 52.247-34 - F.o.b. Destination 252.204-7004 - Required Central Contractor Registration 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items Wide Area Workflow- Receipt and Acceptance (WAWF-RA) IAW 252.232-7003 5352.242-9000 Contractor Access to Air Force Installations 5352.223-9001 Health and Safety on Government Installations Oral Procedures will not be used for this solicitation. The anticipated award will be FFP. All responsible sources solicited may submit a bid, proposal, or quotation, which shall be considered. Please send quotes to william.clark.1@robins.af.mil. Any questions must be submitted in writing via email. Questions will not be answered by phone. Answers to questions may be posted to FedBizOpps.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/WRALC/F3QCCL0155A002/listing.html)
- Place of Performance
- Address: Building 142, Robins Air Force Base, Georgia, 31098, United States
- Zip Code: 31098
- Zip Code: 31098
- Record
- SN02219401-W 20100729/100727235727-8ef329a9602161926527f514f6584a90 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |